SOLICITATION NOTICE
66 -- Brand Name or Equal Kardex Remstar Megamat RS 350 Vertical Carousel, high density storage for Glass Slides, modified to fit into the space provided in the Clinical Laboratory
- Notice Date
- 9/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- RFQ-NCI-130154-EB
- Archive Date
- 10/2/2013
- Point of Contact
- Erin M. Breedlove, Phone: 2402765387, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
breeerin@mail.nih.gov, ninans@mail.nih.gov
(breeerin@mail.nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of Cancer Control and Population Sciences (DCCPS), Behavioral Research Program (BRP) intends to procure the Brand Name or Equal Kardex Remstar Megamat RS 350 Vertical Carousel, high density storage for Glass Slides, modified to fit into the space provided in the Clinical Laboratory. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-130154-EB includes all applicable provisions and clauses in effect through FAR FAC 2005-69 (August 2013) simplified procedures for commercial items. This acquisition is a 100% small business set-aside. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a Small Business Set Aside firm fixed price type contract. I.Description of Requirement The Laboratory of Pathology (LP) provides diagnostic services for the Clinical Center at the National Institutes of Health. The department provides pathological diagnosis of specimens submitted incidental to standard care and clinical investigation of National Institutes of Health patients and submitted by outside health organizations. As a result of NCI's clinical and research missions, pathology blocks, slides, images, and hardcopy patient reports must be stored and available indefinitely. The glass storage is one aspect of the complicated storage issue the laboratory has at the NIH due to space limitations on property. The LP currently archives 438.75 cubic feet (351 boxes) of research documents and clinical patient records; 1,670.12 cubic feet of paraffin embedded pathology tissue blocks, and stained glass slides dating back to the 1980's that are still requested for recruits and reviewed by clinical and research staff. The Lektriever currently being used stores only a portion of NCI's stained glass slides and is currently storing 10,309 lbs of glass slides, which is 5,700 lbs over capacity. The following Salient Characteristics must be provided: The new Megamat Lektriever will need to have a total capacity of 12,562 lbs. It cannot exceed the space limitations of eight (8) feet in height, ten (10) feet in width, and four (4) feet in depth (which excludes the work counter); with a cubic storage per unit of, at least, 108.4ft. The Cycle speed needs to be under 5 in/sec. Access time must be under 7s (1/4 Revolution) II. Delivery: Contractor(s) shall deliver the item within 60 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation: To be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: September 17, 2013 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Febraury 2012); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (December 2012) WITH DUNS NUMBER ADDENDUM {52.204-6 (April 2008)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (February 2012); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (January 2013). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internet/index.jsp or from Erin Breedlove, Contract Specialist at breeerin@mail.nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on September 17, 2013. Please refer to solicitation number RFQ-NCI-1300154-EB on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-130154-EB/listing.html)
- Record
- SN03181646-W 20130912/130910235252-27f6092839673c8bd073d1e37ebd10b5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |